Tulalip Community Sewer System Repairs - Tulalip, WA

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Washington
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 11, 2024
Due: Apr 25, 2024
Solicitation No: 75H70124Q00027
Publication URL: To access bid details, please log in.
Follow
Tulalip Community Sewer System Repairs - Tulalip, WA
Active
Contract Opportunity
Notice ID
75H70124Q00027
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 11, 2024 11:01 am PDT
  • Original Response Date: Apr 25, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Tulalip , WA 98271
    USA
Description

TULALIP COMMUNITY SEWER SYSTEM REPAIRS in TULALIP, WA (SNOHOMISH COUNTY)



The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.



NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.



Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.



SUMMARY OF SCOPE



This project will repair sources of infiltration and inflow in the manholes of the Tulalip Bay community sewer collection system. The proposed work includes the cleaning, grouting, sealing, and lining of 99 manholes to address immediate and long-term leakage concerns. The project location is in the Tulalip Bay area and includes the neighborhoods of Mission Beach, Hermosa Beach, Hermosa Point, Mission Heights, Mission Highlands, Battle Creek, Lloyd Hatch, Walter Moses, Joseph Charles Jr., Totem Beach, and Silver Village; all of which are within the Tulalip Indian Reservation in Tulalip, Washington.





In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $100,000 and $250,000.



The type of work to be performed will be categorized under PSC code Y1NE, Construction of Water Supply Facilities and NAICS code 237110, Water and Sewer Line and Related Structures Construction with a size standard of $45M.



RESPONSES - SUBMITTAL



Responses to this notice must be emailed to Toby Hayden at toby.hayden@ihs.gov and must be received no later than 12pm PT on April 25, 2024. Responses must include:




  1. Company Information: Company name, website, physical address, SAM UEI code

  2. Point of Contact: Contact name, phone number, and E-mail address

  3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No

  4. Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.

    1. Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.



  5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.

  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last six (6) years that are similar to the work that will be required under this project. Firms shall include the following information for each project:

    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;

    2. Dates of construction for each project submitted;

    3. Contract value, location, completion date, and complexity of job for each project submitted;

    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and

    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.

    6. If the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity’s SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources would be committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience information to be considered not relevant.

    7. Along with the project experience submission, the following questions shall be answered in your firms’ submission:

      1. How is your company structured to handle quality control of the various disciplines of a construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?)

      2. Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities?

      3. Does your company self-perform any of the construction disciplines, if so, what are those disciplines? What disciplines does your company anticipate self-performing for this specific project?







ADDITIONAL INFORMATION:



Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).



Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation.



All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed. Information submitted beyond what is requested will not be considered.



QUESTIONS:



Questions regarding this sources sought may be emailed to Toby Hayden at toby.hayden@ihs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 2201 6TH AVENUE MAIL STOP RX-24
  • SEATTLE , WA 98121
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 11:01 am PDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Cleaning Services - Trusses, Pans, Wellways, Drain 05/22/2024 02:00 PM EDT FELES244235-123 ... ...

Washington Metropolitan Area Transit Authority

Bid Due: 5/22/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.